Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2022 SAM #7534
SOURCES SOUGHT

24 -- Tractor & Mowing Equipment

Notice Date
7/15/2022 1:08:30 PM
 
Notice Type
Sources Sought
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0809
 
Response Due
7/22/2022 1:00:00 PM
 
Archive Date
08/01/2022
 
Point of Contact
Singletary, Ryan, Contracting Officer, Phone: 202-745-8000
 
E-Mail Address
ryan.singletary@va.gov
(ryan.singletary@va.gov)
 
Awardee
null
 
Description
Responses must be received no later than Friday, July 22, 2022 at 4:00 PM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 336112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Tractors and Mowing Equipment for the VA Maryland - Perry Point Medical Center ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ JOHN DEERE 1600 Turbo Series III, Commercial Wide Area Mower with, 2-Post Folding ROPS LOCAL STOCK NUMBER: JOHN DEERE 1600 0002 2.00 EA __________________ __________________ JOHN DEERE 5075E Utility Tractor LOCAL STOCK NUMBER: 5075E Utility Tractor 0003 1.00 EA __________________ __________________ JOHN DEERE 2032R Compact Utility Tractor (25 PTO hp) GSA L&G GS-06F-0083S (PG 79 CG 21) LOCAL STOCK NUMBER: 2032R Compact 0004 2.00 EA __________________ __________________ Frontier FM1017R Rear Discharge Flex-Wing Grooming Mower with Light Bar LOCAL STOCK NUMBER: FM1017R Objective: The VA Medical Center at Perry Point is in need of replacements for several of our primary mower/tractors used in the Grounds Maintenance Section of Facilities and Engineering. VA Heavy Equipment mechanic diagnosed the condition of the machines to be not economically repairable. Scope of Work: Selected vendor shall supply all needed equipment delivered to the VA Perry Point Campus and accompany VA personnel to review operation procedures and inspect machinery for acceptance. Period of Performance: Equipment will be delivered within 180 days of contract. If there are any setbacks, supply chain issues or delays in deliveries the vendor shall notify the COR upon discovery. Specific Equipment: Vendor will provide 2ea. John Deere 1600 Turbo Series Wide Area Mowers with folding ROPS structures. Vendor will provide 2ea. John Deere 5075E Utility Tractors. Vendor will supply 1ea. John Deere 2032R 25HP Compact Utility Tractor with Loader attachment. Vendor will supply 2ea. Frontier FM1017R PTO-driven, Flex-Wing Grooming Mowers. Vendor shall field verify that all equipment fully performs to factory specs. Vendor will deliver the units to the Perry Point VAMC for final acceptance. Estimated date of delivery: 180 days from date of award The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 22, 2022 at 4:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23b5b68ff40e490196ae96a4fa643d95/view)
 
Place of Performance
Address: Department of Veterans Affairs 10 N. Green Street, Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN06391258-F 20220717/220715230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.